Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2017 FBO #5845
SOLICITATION NOTICE

69 -- Training Video

Notice Date
11/22/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512110 — Motion Picture and Video Production
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-18-T-0001
 
Archive Date
12/14/2017
 
Point of Contact
Beth K Chapman, Phone: 7578784827, Beth K Chapman, Phone: 7578784827
 
E-Mail Address
beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil
(beth.k.chapman.civ@mail.mil, beth.k.chapman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command on behalf of the Special Operations Mission Planning Office intends to award on a sole-source basis one firm-fixed-price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This acquisition will be Soliciting from a Single Source, as cited in FAR 13.106-1(b). The intended source is Mentor Works Media, 1849 Cabrena Street, San Diego, CA 92154. The solicitation number is W911W6-18-T-0001 and is issued as a request for proposal. The proposed contract action, a commercial purchase in accordance with FAR Part 13, Simplified Acquisition Procedures, is for procurement of one hundred twenty (120) XPlan Software Training Modules Job Performance Aids and modification of twenty (20) Job Performance Aids currently located at Fort Eustis, Virginia. Each procured Job Performance Aid shall include approximately 8 to 10 unique screens of information, be capable of being filmed within a two-hour timeframe, and consist of not more than 2 to 3 steps per screen. The overall tasks and technical requirements shall include project management, narration, graphic design, editing, production editing coordination, and programming. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition without addenda. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications--Commercial Items Alternate I, with their offer. Provisions incorporated by reference include FAR 52.203-18, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-20, Predecessor of Offeror; FAR 52.204-22, Alternative Line Item Proposal; FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law; FAR 52.219-1, Small Business Program Representations; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; and DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate. Clauses incorporated by reference include FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-0001, Line Item Specific, Single Funding; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.204-7004 Alt A, System for Award Management; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses cited within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, apply: FAR 52.203-19, Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management; 52.233-3, Protest After Award; and 52.233-4, Applicable Law for Breach of Contract Claim. The full text of the clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Pursuant to FAR 52.212-2, Evaluation--Commercial items, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: (1) technical acceptability and (2) low price. Sources shall include in their proposal a work approach, cost breakdown, delivery schedule, shipping charges to Fort Eustis, VA, and warranty terms. Delivery, Inspection, Acceptance and F.O.B. Point will be at Destination, Fort Eustis, Virginia 23604. Clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. The applicable North American Industry Classification Standard (NAICS) code is 512110. The small business size standard is $32,500,000. Interested sources may identify interest and capability to respond to the requirement or submit proposals. The Government will review and consider all proposals received within the closing date set in this notice. The Government retains the sole discretion on whether or not to conduct this requirement competitively based upon information received in response to this notice. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Sources shall reference W911W6-18-T-0001 in all correspondence with the Government. Any specific documentation relating to this procurement described is not available and cannot be furnished by the Government. The successful offeror must submit their invoices through the Wide Area WorkFlow website http://wawf.eb.mil. Also, all prospective offerors must be actively registered in the System for Award Management (SAM) website www.sam.gov, with their FAR and DFARS Report Representations and Certifications completed prior to award. Proposals are due not later than 29 November 2017, 2:00 pm. East Standard Time. Submit inquiries regarding this procurement to Beth Chapman by email at beth.k.chapman.civ@mail.mil or at phone number 757-878-4827.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7c954c0edb8a28b9906937c22042cd53)
 
Place of Performance
Address: 401 Lee Boulevard, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04747573-W 20171124/171122230959-7c954c0edb8a28b9906937c22042cd53 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.